SOLICITATION NOTICE
R -- R-Storage and Inventory Control Services
- Notice Date
- 9/12/2005
- Notice Type
- Solicitation Notice
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Department of Justice, United States Marshals Service, Asset Forefeiture Contracts Team, Business Services Division Suite 400, CS3, Washington, DC, 20530-1000
- ZIP Code
- 20530-1000
- Solicitation Number
- DJMS-05-AFO-Q-0009
- Response Due
- 9/26/2005
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quotation (RFQ) No. is DJMS-05-AFO-Q-0009. This RFQ is issued as a combined synopsis/solicitation. The United States Marshals Service (USMS) intends to award a firm fixed price contract for the purchase of secured Storage and Inventory Control Services for several thousands of pieces of seized and forfeited property in accordance with Subpart 13.3. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation documents and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-05B dated 8/26/05. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Small Business Set-Aside. The Northern America Industry Classification System (NAICS) code for this procurement is 493110 and the small business size is 21.5 million: The USMS has a need for a storage facility, with a designated room and inventory control services. The Contractor will provide a secure storage facility located within the U.S., excluding Alaska, Hawaii, Puerto Rico, Virgin Islands and Guam. Structure Specifications: Property is currently being stored in a vault that measures 15'x24'x8'. The volume of property under this contract varies anywhere from 10,000 to over 100,000 pieces of personal property, during the course of a year. Property includes, but is not limited to: Antiques, Art, Collectibles (Including, but not limited to, Artifacts, Books, Clocks, Picture Frames, Collector Postage Stamps), Crystal, Dolls, Porcelain, Rugs, Sports Memorabilia and Athletic Cards, Silver Flatware, Vases, Rare and Fine Wine, Collector Coins and Currency, Colored Stones and Gems, Furs, Jewelry, Precious Metals, Sculptures, and Watches. The facility proposed shall be a secured storage facility based on current industry standards for the type of item that will be crated, packaged and stored at the storage facility (i.e., art and/or antiques will be stored in a controlled temperature environment that prevents humidity and deterioration. Designated Room: The offeror shall provide a designated room in the storage facility that will ONLY be utilized for the performance of the opening, inventory, appraisal, and packaging of property received from the District offices; and allows for the secure storage of the equipment of the Appraisal Contractor; and daily storage of items needed to perform the requirements of this contract. The Contractor will video record, all activities and services that are performed in the Designated Room utilizing a time and date stamped recorder with audio. The video recordings will be provided to the USMS upon request as directed by the Contracting Officer?s Technical Representative (COTR) or Contracting Officer (CO) and shall maintain all video recordings until the contract close out. Inventory Specifications: Prior to the receipt of any items, storage/inventory and appraisal service appointments will be requested and scheduled by the COTR utilizing a completed, numbered, and signed Sub-Task Order form (STO), via facsimile. The STO will identify the USMS Point-of-Contact (POC) name, telephone number, address, CATS Identification Number (CATS ID #) and STO Number (STO #). The following documentation may be submitted with the STO: the CATS USM-102 Itemization Listing and Investigative Agency (IA) Appraisal. The Contractor shall acknowledge receipt by signing, dating and forwarding a copy of the STO, via facsimile, to the COTR. The Contractor shall include a copy of each STO as background documentation with the Invoice. The Contractor will refuse delivery of any unexpected packages from any Department of Justice component that does not have a STO and CATS ID # posted on the package, and will notify the COTR immediately. Upon receipt and acceptance of the property from the Government, the Contractor will be responsible for the secure storage of the property and will be held liable for any loss or damage to the property. A fee will be assessed to the Contractor at the current replacement value plus 25% of the current replacement value of each item that is either lost, stolen, damaged or destroyed. The Contractor will be liable for all claims, attorney?s fees, administrative costs, and other costs claimed by any person or persons for the loss, theft, damage or destruction of property. The Contractor shall inspect the integrity of all packages shipped to the storage facility, refuse delivery of any questionable or damaged package, and immediately notify the COTR. If there is no shipping or mailing receipt available, the Contractor will E-mail the COTR to acknowledge receipt and include the USMS POC address, city and state, STO and CATS ID # written on the outside of the box. The Contractor will assume full responsibility for the current replacement value of all property in the care or custody of the Contractor that is lost, stolen, damaged, or destroyed as a result of the Contractor's failure to properly perform the contract. The initial opening of each package and subsequent appraisal or reappraisal, will be scheduled by the COTR and performed by the Contractor in the presence of the Appraisal Contractor. Previously appraised property may require review or appraisal by the Appraisal Contractor. The Contractor will utilize the Itemization Listing, the IA appraisal (if enclosed) and the USM-102 Form to inventory the property. The Contractor shall note the condition of the property and any discrepancies on the USM-102 or Itemization Listing, sign and date, mail the original to the District Office POC and forward a copy to the COTR via facsimile. The COTR will reconcile the discrepancies with the POC and notify the Appraisal Contractor. If the Itemization Listing is unavailable, the Contractor may utilize the item numbering from the IA Appraisal. If either of these documents is unavailable, then the Contractor may generate a numbering system for the items and provide this information to the COTR upon completion of the Inventory and Appraisal. Upon completion of appraisal services, the COTR will forward a copy of the Appraisal Report to the Contractor via E-Mail, and, a hardcopy with color photographs via U.S. Postal Service. The Appraisal Report will include the date, STO #, district acronym, CATS ID #, appraised values (replacement, fair market and liquidation), condition, and description of each item of property. Packaging: The Contractor will ensure that all property will be packaged and stored according to industry standards for the type of item. Artwork (i.e., paintings, statutes, sculptures, etc.) will be properly crated and package assets to prevent against breakage and deterioration. The Contractor will provide all packing and storing materials. The Contractor will securely package the property for storage in a way that it is readily identifiable. The Contractor must ensure that each item within a specific CATS number is identified with the appropriate number from the inventory documentation (Itemization Listing, Appraisal, and USM-102 Form). The Contractor may store multiple pieces of property identified by one CATS ID and Itemization Listing number together. The Contractor must maintain these items of identification for all property accepted under this contract. The Contractor will ensure that all non-USMS property, and property not under this contract, will be segregated from USMS property listed under this contract. Service of Process: The Contractor may be requested to attach court documents to the package of a specific CATS ID #. The STO will include a copy of the documents that are to be attached to the case. The Contractor will immediately notify the COTR, via E-Mail, that the service request has been completed. Appraisal Contractor: The Appraisal Contractor will be selected by the USMS. The COTR will provide the Contractor, via E-Mail, with the name and recent photograph of the Appraisal Contractor. The Contractor and Appraisal Contractor will be notified by the COTR, via STO, of the agreed upon date and time of the scheduled appraisal services. Appraisal Reports: Upon completion of appraisal services, the Appraisal Report will be forwarded to the Contractor via E-Mail, and, a hardcopy with color photographs via U.S. Postal Service. The Appraisal Report will include the date, STO #, district acronym, CATS ID #, appraised values (replacement, fair market and liquidation), condition, and description of each item of property) the information from this report should be used to complete the Monthly Property Inventory Report. Deliverables: All Contractor reports will include the Contractor=s name, address, city, state, zip, telephone number, facsimile number, contract number, date, and number of pages. The Contractor will ensure that all values and descriptions from the original, reappraised or corrected Appraisal Reports are included in the Property Inventory Reports. Reports will be provided to the COTR as required or upon request by the CO or COTR. Weekly Property Inventory Report: This report will include a listing of the property that was received at the Contractor's storage facility during the previous week. This report will be submitted to the COTR, via E-Mail, by 12:00 P.M., EST, on the first business day of each week. The report will provide the following information: USMS District Office, CATS ID #, For Storage, For Forfeiture, and Date of Receipt. Monthly Property Inventory Report: The Contractor will maintain a Monthly Property Inventory Report that lists the status of all USMS property under this contract currently stored by the Contractor. Unless otherwise notified by the COTR, this report will be submitted to the COTR, via E-Mail, by the first business day of each month. The report will provide the following information: USMS District Office, CATS ID #, Itemization List #, Date of Receipt at Storage Facility, Date of Inventory and Appraisal, Forfeited, Replacement Value, Fair Market Value, Liquidation Value, Description of Item, and Comments. Record Maintenance: The Contractor will securely maintain all records and files for this contract for up to one year after the date of contract close out. All records will be made available per request from the CO or COTR Invoice Requirement: The Contractor will submit the original and 2 copies of the invoice to the COTR. Each invoice will contain a cover sheet that includes a breakdown of expenses by CATS ID# and STO#, the description of service or task performed and number of hours performed per task. A copy of the STO shall be included with each invoice. Payment will only be made after the completion of contract performance and Government acceptance of services and after receipt of a proper invoice. Staffing: The Vendor shall provide a point of contact that shall be responsible for the performance of the work. The name of the point of contact shall be designated in writing to the COTR. The point of contact must be fluent in the English language and shall be available during normal working hours, five days a week. Period of Performance: The period of performance shall begin within 3 days after the date of Contract Award and shall end on February 28, 2006. Upon award, the contractor will retrieve and transport all applicable property from the current storage location. The USMS will provide the Contractor with a listing of all cases that are to be transferred. At the end of the contract, the Contractor will contact the CO to request current mailing address and ship the records, files and video recordings to the USMS location designated by the CO. For all property under this contract, the Contractor will allow for the inventory, packaging and transportation of all property from the storage facility, and, the retrieval by the Appraisal Contractor of any equipment that has been stored in the Designated Room. Evaluation Factors: The USMS will evaluate quotations on the basis of the overall best value concerning the Facility Security Plan, Past Performance, and Price. For this quotation, the facility security plan and past performance are of equal importance and combined is more important than price. The quotes will be evaluated by applying the following factors: (1) Facility Security Plan: The Contractor must fully describe the security of the building and details how the property will be securely stored at the Contractor's storage facility; (2) Past Performance: The Contractor shall submit references for similar projects for the last 3 years, including name, address, telephone numbers and E-mail address. The Government will perform an independent determination of relevancy of the data provided or obtained. The Government will assess the offeror?s quality of service, cost control, timeliness of performance and business relations of each reference. Price: The quote will be a firm fixed price quote for Storage and Inventory Services, CLIN 0001, Storage and Inventory Services. The price proposal will be evaluated based on price comparison for similar tasks. Award: The Contractor will be selected based on their Facility Security Plan, Past Performance and Price. Provisions: In accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following provisions and clauses are incorporated by reference: FAR 52.213-4. Terms and Conditions?Simplified Acquisitions (Other Than Commercial Items), (JULY 2005); FAR: 52.204-3, TAXPAYER IDENTIFICAITON (OCT 1998); Tax Indentation No (TIN) ______; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003). If not already registered, you should immediately register in the CCR at: Http://www.CCR.gov via the Internet. The offeror shall request the applicable wage determination that is applicable for their proposed location. Request for wage determinations must be requested in writing to Carolyn.Hendrick@usdoj.gov. Quotes should be submitted in two volumes physically separate and detachable parts: Part 1 Facility Security Plan and Past Performance information and Part 2 ?Price Quote, TIN No. and Dun & Bradstreet Number (DUNS). An original and three copies of Part 1, and Part 2 original and one copy, both parts must be submitted on or before 3:00p.m. (EST) September 26, 2005. Mailed to , US Postal Carolyn Hendrick, United States Marshals Service, Business Services Division, CS-3, Ste 919, Washington, DC 20530-1000; FEDEX, UPS Deliveries: Carolyn Hendrick, United States Marshals Service, Business Services Division, CS-3, 3601 Pennsy Drive, Landover, MD 20785.
- Record
- SN00892643-W 20050914/050912211803 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |